Loading...
HomeMy WebLinkAbout1997-08-26; City Council; Resolution 97-566I 0 0 1 2 3 4 5 6 RESOLUTION NO. 97-566 A RESOLUTION OF CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, FOR APPROVING AN AGREEMENT WITH MALCOLM PIRNIE, INC., TO DESIGN PLANS AND SPECIFICATIONS FOR REACHES VC5 THROUGH VC8 FOR VISTNCARLSBAD INTERCEPTOR SEWER, CMWD PROJECT NO. 91-403, CONTRACT NO. WHEREAS, three Requests for Proposals were requested and received to provide I I 7 ’ VC5 through VC8 for the VistalCarlsbad Interceptor Sewer and received responses from Ea 8 necessary civil design services for preparation of design plans and specifications for React 9 Tech; Dudek & Associates, Inc.; Daniel Boyle & Associates, Inc.; and Malcolm Pirnie, Inc.; 8 10 after review of proposals, the staff recommended Malcolm Pirnie, Inc., based on an evaluati 11 of their experience and expertise in the field of civil design; and 12 WHEREAS, the City Council of the City of Carlsbad, California, has determined 13 16 Interceptor Sewer, CMWD Project No. 91-403, Contract No. 31821; and 15 Pirnie, Inc., to design plans and specifications for Reaches VC5 through VC8 for Vista/Carlsb: 14 necessary and in the public interest for approval and acceptance of a proposal from Malcol WHEREAS, funds appropriated in the amount of $3,000,000 have been appropriated l7 the 1997-98 budget for the Vista/Carlsbad Interceptor Sewer and the project cost estimated fc la the civil design services for Reaches VC5 through VC8 portion of the VistalCarlsbad Intercept1 ’’ Sewer is $213,478, $64,042 for Post Design Services, and $10,674 for contingencie 20 therefore, there are sufficient funds available for this project; and 21 11 WHEREAS, the City of Carlsbad is responsible for $78,677 and will be reimburse 22 23 24 25 26 27 $209,516 by the City of Vista; and WHEREAS, the amount of $288,193 shall be appropriated from the Vista/Carlsbal Interceptor Sewer; and NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City c Carlsbad, California, as follows: 28 1. That the above recitations are true and correct. W 0 ’ ll 2. That the attached agreement between Malcolm Pirnie, Inc. and the City 2 3 4 5 6 7 8 Carlsbad to provide civil design services for preparation of design plans and specificatior associated with Reaches VC5 through VC8 for the Vista/Carlsbad Interceptor Sewer project t approved and accepted. 3. That the Mayor is authorized and directed to execute the proposed agreeme between Malcolm Pirnie, Inc. and the City of Carlsbad. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of tt City of Carlsbad held on 26th day of August , 1997, by the following vo 9 11 to wit: 10 11 12 13 14 15 AYES: Council Members Lewis, Finnila, Nygaard, and Hall NOES: None ABSENT: Council Member Kulchin 16 /I ATTEST: 17 18 19 20 21 22 23 24 25 26 27 28 1 1 ALETHA L. RAU 11 (SEAL) II 8 w 0 1 AGREEMENT THIS AGREEMENT is made and entered into as of the /& ' day of &- 7 /?/I2 ij L.<j j" , 19z by and between the CITY OF CARLSBAD, a municipal / corporation, hereinafter referred to as "City", and Malcolm Pirnie, Inc. , hereinafter referred to as "Contractor." RECITALS City requires the services of a Civil Design Consultant Contractor to provide the necessary civil desiqn services for preparation of desiqn Dlans and specifications ; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR'S OBLIGATIONS See attached Exhibit "A." -pp& j/+ ? rev. 8/26/96 1 b I w 0 2. CITY OBLIGATIONS The City shall: A. Provide Contractor, in writing, all information relating to City's requirements for the project. B. Provide Contractor reference materials, as requested in writing, and reasonably available. These documents include the 1992 Master Plan of Sewerage, the 75% design submittal, and the draft 1997 Master Plan of Sewage. C. Any other information, as the Consultant's may request in writing, and necessary to the successful pursuit of the project contract. D. With reasonable promptness, provide required approvals and decisions. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt of notification to proceed by the City Engineer or designee and be completed within one hundred eighty (180) days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Engineer or designee. The City Engineer or designee will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies' lack of timely action. rev. 8/26/96 2 0 0 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be two hundred thirteen thousand, four hundred seventy eight dollars $213,478. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) vear from date thereof. The contract may be extended by the City Manager for two (2) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City's needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within fourteen (14) days of completion and approval of the Ninetv Percent /90%0, Plans & SDecifications the Contractor shall deliver to the City the following items: Ten (IO) sets of 24" & 36" bluelines of the entire set of construction drawings rev. 8/26/96 3 1 W a Ten (IO) sets of specifications Ten (1 0) sets of cost estimate One (1) set of final myiars with disk of electronic files 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, 4 rev. 8/26/96 4 w @ to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. IO. NQNDlSCRlMiNATlON CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 1 I. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the District Enaineer. The District Enaineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. in the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The rev. 8/26/96 5 w 0 City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or the City Engineer or designee. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Engineer or designee or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges rev. 8/26/96 6 1 1 w 0 that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et sea., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative'debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. vblnitial) -7%" The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. 14. STATUS OF THE CONTRACTOR -4P Initial) 2 : "1 The Contractor shall perform the services provided for herein in Contractor's own way as an independent Contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this rev. 8/26/96 7 w 1 'I a agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or hidher employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or hidher employees or subcontractors. The Contractor agrees to indemnify the City and the Carlsbad Municipal Water District within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' cornpensation payment which the City and the Carlsbad Municipal Water District may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City and the Carlsbad Municipal Water District from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all 8 rev. 8/26/96 I w 0 necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, ail documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1 ) copy of the plans for hidher records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and the Carlsbad Municipal Water District and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad and the Carlsbad rev. 8/26/96 9 . v W Municipal Water District. Contractor shall at its own expense, upon written request by the City and the Carlsbad Municipal Water District, defend any such suit or action brought against the City and the Carlsbad Municipal Water District, its officers, officials, emp\oyees and volunteers. Contractors indemnification of City and the Carlsbad Municipal Water District shall not be limited by any prior or subsequent declaration by the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. rev. 8/26/96 10 w e 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract,' shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 11 rev. 8/26/96 v w 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City's conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration 'of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V" and shall meet the City's policy for insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the 12 rev. 8/26/96 v e submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City and the Carlsbad Municipal Water District shall be named as an additional insured on all policies excluding Workers' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding rev. 8/26/96 13 rn a Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title William E. Plummer, District Enqineer ,Name Carlsbad MuniciDal Water District Address 5950 El Camino Real Carlsbad, California 92008 14 rev. 8/26/96 e e For Contractor: Title Paul L. Findley, Vice President Name Malcolm Pirnie, Inc. Address 703 Palomar AirDort Road, Suite 150 Carlsbad. California 92009 ArchitectlLicense Number: RCE 26189 ArchitectlLicense Number: 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. Ill Ill Ill 111 Ill Ill Ill 111 Ill Ill 111 Ill 111 rev. 8/26/96 15 W e 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this /5’ day of B&~ LIJ ~ &- I , 19 9.7. 2 CONTRACTOR: MALCOLM PIRNIE, INC. (name of Contractor) BY *8+ * ~i Jerry L.?rieling, Vice President and Assistant Secretary ATTEST: (print nameltitle) re) By:>A& &e. /&.-.- (s$n here) Pa 8.h ALETHA L. RAUTENKRANZ (print nameltitle) City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY /&pA/d * Deputy City Attorney rev. 8/26/9 E 16 m e STATE OF CALIFORNIA 1 tss. COUNVOF :,/b h/Eht 1 On f -/f ‘1’) before me, fl~iwiy x j. L~CA~G , /\lli:+~{i / 3 iibLIC DATE dAME AND TITLE OF OFFICER personally appeared \DC,iit,,Lft 3 /1!. ~l,icrg NAME(S) OF SIGNER(S) @ personally known to me - OR aproved to me on the basis of satisfactory evidence to be the person(s) whose idare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hi: authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon which the person(s) acted, executed the instrument. WITNESS my hand and official seal. q)h)q I- -7. L<L9 SlGNATUFdE OF NOTmY (This area for official notary seal.) r Title or Type of Document Ql@SLIL77/V (I Ac//?n kicfii Date of Document NO. of Pages Ib Signer(s) other than named above I f CMWD 91 -403 06/1 L 1 m 0 &V*i 3 0 nq STATE OF mw 1 COUNTY OF Wri Cop& ISS. On R - \\- 9.7 before me, %rq -4 . fiC&~tq gab\;< DATE \ NAMEANDTlnaOF CFFICER ' 1 personally appeared 3" c1 r c-\e\inq WE@) OF SIGNER(S) l)(personally known to me - OR uproved to me on the basis of satisfactory evidence to be the person(s) .whose nal islare subscribed to the within instrument and acknowledged to me that hdshelthey executed'the same in hislhel authorized capacity(ies), and that by hidherhheir signatura(s) on the instrument the person(s), or the entity upon bel which the person(s) acted, executed the instrument. WITNESS my hand and official seal. d (This area for of'ficial notary seal.) , /Title or Type of Document c m-0 \+c\rx\ c -h- )C a Date of Document NO. of Pages ll EI I Signer(s) other than named above I CMWD 91-403 06/14i9 t. w EXHIBIT "A" Scope of Work ~ ~~ ~ TASK 1 PROJECT MANAGEMENT Truck Project Progress and Schedule Perform overall project management, monitor budgets, and provide a detailed project schedule using Microsoft Project which will be updated monthly. MonthlyRogrmMeetings The project manager will attend monthly project meetings with CMWD including the initial project kick-off meeting. Coordinetin Meetings These meetings will be in lieu of the regular monthly meeting and will'likely be more technically oriented. These meetings may be with the City of Carlsbad, CMWD, City of Vista, CMWD's geotechnicd consultant, or utility districts. These meetings will typically be attended by the project manager and project engineer or subconsultant. Also included in this task will be the preparation of a meeting summary that will be distributed to CMWD's project manager and all attendees. Public Meetings The project manager will attend up to 4 public meetings to support CMWD staff. This task includes the effort for exhibit preparation as well as attendance at meetings. , ,.. Strbconsultrurl Mmagement Malcolm Pirnie will have total responsibility for the administration and technical and financial aspects of this project, including overall management and' coordination of the project's sub-consultants. Under this task, our Project Manager will provide direction, coordinate the efforts, track the progress, and administer the contracts of the various sub-consultants. Project Docmemkztion Communication is most effective if it is accurately documented and distributed for the benefit of the entire project team, both internally and externally. The objective of this documentation is to provide concise summaries of each major decision that will keep the entire project team up to date and will serve as the basis for implementation of subsequent work efforts. Copies of all memos, letters, telephone conversation reports, etc. will be provided to CMWD project manager. " *a I ' .e e a TASK 2 PRELIMINARY DESIGN Doin Collt.ctinn and Re.rearch ChWD w~ll provide 3 blueline copy of all available existmz StrZt! md utility plan.; and the 1991 draft set of drawings of the VistdCarlsbad Interceptor Sewer. Malcolm Pirnie will perform research with all other public utilities such as telephone. gas, electric, and cable W. Included in this task will be the identification of adjacent property ownership and assessor parcei numbers. Also included is field reconnaissance to verify field conditions and take 'photographs and video tape of the project site. srvvry Investigate County and City I#.;ords, obtaining copies of record maps and documents within the project area Determine location of control monuments and benchmarks necessary to establish survey control based on N.A.D. 83 State Plan Coordinates. Provide Horizontal and vertical control for the pane1 locations for the site mapping areas as directed by the photogrammetrist. Perform any office calculations to reduce the field data and balance the survey. Perform a field survey of Jefferson Street from Las Rorts Drive to Oak Avenue, and a portion of Oak Avenue from Jefferson Street to Roosevelt Street. The survey will locate sufficient monumentation to establish the existing property lines, public rights-of-way and easements. Office calculations will be performed directly related to the survey. An AutoCAD Release 13 drawing frle of the survey will be prepared outlining the property, right-of-way and easement lines. In addition. drawings will also show found monuments, course bearings and distances. Conduct a field survey locating existing sewer manholes of the pipeLines being replaced, storm drains crossing the alignment and any marked out utilities encountered during the survey. Provide field surveying for the horizontal and vertical location for utilities being potholed. Excavation will be performed by others as coordinated by ~MaIcolm Pirnie. Traffic control for potholing is available but not included in the fee proposal. Provide approximately 5,500 linear feet of aerial mapping of the alignment with co1:sr3ge being a 2Wfoot wide strip. The mapping will be prsrxed 3t 3 scale I" = 40'. with 2' contour intervals in AutoC.4.D Release 13 formx. Xi mappins will !x prepared in accordance with the Xationd Slap Accuracy Stdxis. ,, 1, - a 0 Vere Sewer Hydraulics Meet with Encina Water Pollution Control Staff to discw and evaluate the current peak capacity of the Ruena Vista Pump Ttntion and the capability for expansion. Review the current masterplan for criteria 3rd as.sumptions used to develop potential flows into the interceptor from intermediate connection points. Use these flow data to verify the hydraulics of the proposed interceptor sewer and portions of the existing interceptor sewer which will remain in service. Provide recommendations for mitigating potential mimimum velocity problems, Provide the resalts and recommendations to the CMWB in a technical memorandum Prepare Rehinory (30%) Plans and Specifiations This includes the development and evaluation of alignment and phasing alternatives, selections of pipe materials and preparation of base drawings incorporating all existing utilities and property ownership onto the aerial topography. Drawings will be prepared using AutoCAD release 13. The-product deliverable will be 10 blueline sets of the topographic base sheets with the recommended horizontal alignment. Limited profile information will be shown on this 3096 set due to the accelerated time schedule. A letter or technical memo wiU accompany the drawings in order to convey concerns, questions, and possible solutions. Traffic Control will be addressed in a technical memo identifying staging plans that will be utilized for the preparation of traffic controi plans. The written staging plans will define, by block the proposed method of handling WIC control. Specifications will be in CSI format and will be prepared in Microsoft Word. QNQC of drawings and specifications will be performed by Malcolm Pirnie's Technical Advisor. PreMnaty Cost fithate An Engineer's Estimate of Robable Construction Costs will be prepared. The format provided will be a standard line item estimate with quantity, unit cost and total cost provided. The estimate does not include a break down between material, equipment, and labor. The estimate will be prepared using Microsoft Excel 5.0. Product Delivsnbles: e 10 sets of 24" X 36" b!uctlixs of piczlir;e dr~xi:.gs e 10 sets of specifications 0 10 sets of cost estimxt . .,> - ' e Traffic Control memo TASK 3 FCYW DESICY (70%, 90%. .AhD FIX.-U) Prepare Find Plans and Speclrxations This includes the preparation of all construction drawings and the incorporation of review comments from the 30% 70%. and 90% submittals in order to provided CMWD with a complete set of bid documents. The drawings will be prepared at a scale of 1 " = 40 horizontally and I" = 4' verticaily. An estimated drawing list is included at the end of hs scope of work and identifies the anticipated drawing effort involved. City/CMWD standards and San Diego Regional Standard Drawings will be used to the extent possible and will typically be incorporated by reference. Detail drawings will include City standards that require modifications, site specific details, sections and all other areas that require greater detail in order to facilitate construction. A check list will be provided with each of the submittals that identifies information that is outstanding and that will be incorporated before the drawings are deveioped to 100%. It is anticipated that structural engineering design will be limited to one detail drawing for special sewer junction structures. landscape architect is included as part of the project team. Landscape restoration may be necessary in areas where the trench excavation or work arca extends beyond the curb line. However, since this effort can not be defined until an alignment is established, this effort is not included in the fee proposal. QNQC of drawings and specifications WIU be preformed by Malcolm Pirnie's Technical Advisor. Cost &timates (?Os, 90%, Md Find) An Engineer's Estimate of Probable Construction Costs will be prepared. The format provided will be a standard line item estimate with quantity, unit cost and total Cost provided. The estimate does not include a break down between material, equipment. and labor. The estimate wiil be prepared using Microsoft Excei 5.0. *. i‘ a 1 e 0 Product Dclivcrablc.;: ! 0 CY!^ nf ? 1” Y ‘6” b!c~!iot..; ?f :!x cr,:irc x: of ccr.s:rJc:ion drawing; ;it e 10 jets ot Sptxlticarions 0 10 sets of the cost estimate at 70% ,go%, and final I set of find mylars with disk of electronic files 705 Jnci (10‘7- r~v1e-z. TASK 4 STORM WATER POLLUTION PREVENTION PLAN Prepare a stormwater pollution prevention plan (SWPPP) and monitoring plan which complies with a11 of the requirements of the Regional Water Qaaiity Control Board’s NPDES permit for “Discharges of Storm Water Rmdf Associated with Construction Activity”. Assist the CMWD On the preparathm of the Notice of Intent (NOI) which must be filed with the State Water Resources Control Board. Product Deiiverable: 5 copies of the draft SUTPP. 3 copies of the final SWPPP. TASK 5 POST DESIGN SERVICES Bid PILaseh&tance Assist CMWD with preparation of the solicitation of bids, attend the pn-proposal meeting, and evaluate the bids received and qualifications of the apparent low bidder. Also provide assistance to CMWD in preparing responses to inquiries from prospective bidders and preparation of addenda. Cotwtru&n Phase Services Provide office support of construction activities which shall be limited to review of submittals and responses to “request for information”. Site visits which are ~ece~~iuy in order to prepare responses are included in this task. Assistance in the preparation of addenda is also included. Prepare Record Drawings “As-Built” drawings ndl be prepared from the Conuactor’s Record Drawing set and will be certified as “&-Built” in xcordance with Sections 6735.5 and 6735.6 of the Business and Prctizcions Ccbe of Cl!ifornia. . ,t:l I - _.. w - TASK 6 SPECIAL SERVICES I his ;ask includes additional effort which may b,e necessary as the project detelopr. Semices will not be performed under this task without development of a work order, fee proposal and authorization from the c;MwD. These special services may include but are not limited to the preprration of traf€ic control plans for potholing, NPDES dewatering permit usistame, attendance at additional public meetings, or additioaal design tiforts not prrviwsly idcnttftrrl- II I 19 I Traffic Control Plan IL I 'I 20 i Traffic Control Plan il il 21 i Traffic Control Plan 22 1 Traffic Control Plan 23 ' Traffic Control Details .I 24 : Traffic Control Details [[ ;;,. 1.1 5 Ai ?o-':;- 5.;"- ;: 'i 3" .. . - 1, '. s - W 0 ., 2 x 0 z c, e,. s .- I- Y a i2 z' Qw 55 s3 aa +U xw COW "U 25 2a =e a gz $s up= LO ww ma =a =I? C3a ma q 2 W I t- 8 . a I3 13 1% I 3 g f 2 c- SIE Q,qq $; F * 6 8' Q) 2 =a- -KG-$'$ 3 Zo- 2 9) a4 12, :i I -1 c $I ," 0 *I- HlM-iw Ti * -15 w 3 *. " -3 a cy- "H HH *, E? v). v ' -,- 1 * * il P i F z Q Q 3 3 € 8. Q z3 g! L& 3* Yc 8: g3 2s 0 Q 0 g; 3 ? -d Qu 3 ,,Q -4 3 a 5$ . d; c. SI; ,gC Y p- z "~ 'Z 2 t,; G 3 -. up E $ a3 G- "2 - 4- d6= 3 I? 4d P -f -+ 0" c 3J *L +- Q JQ ;I %.r &r a+ t., 3 4) - >a a" - - 9+- '.v ; 2- d ., 'F rjc - $5 F5 v. .;. 0 \ \ d -s (* s 3 2 f 'a 3 T l! 0 4 3 J c - b 3 3 3 2 "i 12 A :c " G CI aau - ~ A. - - Ln e- c + LA i 4 b ti c. c, I